Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
SOLICITATION NOTICE

Q -- Employee Tobacco Cessation Program

Notice Date
7/29/2008
 
Notice Type
Presolicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of Veterans Affairs, VA Pittsburgh Healthcare System, Department of Veterans Affairs Pittsburgh Healthcare System, Department of Veterans Affairs;VA Healthcare VISN 4;Acquisition Office (90C-H);7180 Highland Drive;Pittsburgh PA 15206
 
ZIP Code
15206
 
Solicitation Number
VA-244-08-RP-0357
 
Archive Date
9/27/2008
 
Point of Contact
Anthony Warner, Contract SpecialistVA Healthcare VISN 4
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, VA Healthcare - Veterans Integrated Services Network 4 (VISN 4), Acquisition Office, 7180 Highland Drive (90C-H), Pittsburgh, PA 15206 intends to issue a request for proposal (RFP) solicitation for an employee tobacco cessation program to provide employees with education, telephone based counseling and intervention combined with nicotine replacement therapy (NRT) to decrease the rate of tobacco use among employees. Synopsis of requirements, subject to change, are as follows: Seeking a vendor who can provide all labor, supplies, management and expertise necessary to fulfill the requirements of a comprehensive employee tobacco cessation program throughout VISN 4 within forty-five (45) days of award of contract. VISN 4 is comprised of ten (10) hospitals and approximately eleven thousand (11,000) employees across a large geographically separated area; including parts of Delaware, Ohio, Pennsylvania, and West Virginia. 1. Vendor shall have ability to provide intense tobacco cessation counseling, particularly for smoking, to employees throughout VISN 4. Coaches/counselors must possess appropriate levels of education, training, and demonstrable competency providing interventions in health behavior change. 2. Vendor shall have the ability to determine degree of nicotine dependence, and make recommendations about pharmacotherapy for tobacco cessation, which may include Nicotine Replacement Therapy (NRT) as part of a comprehensive personalized quitting strategy. 3. Vendor shall have extensive experience, as well as, strong evidence of high one (1) year quit rates in telephone based tobacco cessation counseling and intervention that would indicate a high probability of success among VISN 4 employee participants. Evidence of success should include computing similarly sized organization(s), counting all enrolled participants who enter counseling in the denominator, and those who report being totally tobacco free one (1) year later as the numerator, resulting in one (1) year quit rates that exceed twenty percent (20%). Additionally, evidence of success should be available in scientific publications based on randomized controlled trials by authors who conducted investigations with the vendor, such that there is high confidence that the rate of tobacco cessation claimed is accurate and conclusions about the success of the program is valid. 4. Vendor shall have a well developed approach and evidence of success in motivating tobacco users to make a quit attempt. Vendor shall work collaboratively with VISN 4 to promote, as well as, publicize employee tobacco cessation program. 5. Vendor must provide extensive documentation and reporting of tobacco cessation program activity including; but not limited to, tailored/customized financial reporting, invoicing, and performance measurements for VISN 4, each hospital, and individual participant to measure the success of the program. Ability to track quit rates on an ongoing basis and provides frequent data to VISN 4 during the program, at the end of counseling, and after one (1) year. The request for proposal (RFP) will likely be a full and open competitive unrestricted solicitation resulting in a twelve (12) month firm-fixed priced (FFP) contract with at least two (2) one-year option periods to the offeror whose proposal provides the "best value" to the Government. The North American Classification System Code (NAICS) is 621999 with a Small Business Administration (SBA) size standard is $9.0 million. When publicized, on or about August 30, 2008, the entire solicitation will be made available on the Government Point of Entry (GPE), FedBizOpps website at http://www.fedbizopps.gov. The solicitation can be accessed by searching the "opportunities" link. Paper copies will not be available. You may download the solicitation and submit your proposal as required in the solicitation. Telephone and fax requests will not be honored. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. All prospective offerors interested in submitting a proposal must have a commercial and government entity code (CAGE Code). All firms or individuals responding must be registered with Central Contractor Registration (CCR). Point of contact for this solicitation is Anthony Warner, Phone 412.365.4088, Email anthony.warner@va.gov. This synopsis is not a request for proposal (RFP). Due dates for proposals will be listed in the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c82f948706b960d050f3965c91d381dc&tab=core&_cview=1)
 
Record
SN01625281-W 20080731/080729223337-c82f948706b960d050f3965c91d381dc (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.